INSIDE THE

NEWS + ADVICE

DoD Contracts: Booz Allen Hamilton, GDIT, PingWind, Week of 5-12-25 to 5-16-25

Posted by Ashley Jones

5/12

MISSILE DEFENSE AGENCY

Raytheon, Tucson, Arizona is being awarded a $2,134,000,000 modification (P00043) to a previously awarded contract (HQ0851-21-D-00001). The value of this contract is increased from $1,197,726,000 to $3,331,830,000. Under this modification, the contractor will provide the management, material, and services associated with the sustaining engineering and product support services of the Standard Missile-3 Block missile variants for the U.S. and Foreign Military Sales partners. The work will be performed in Tucson, Arizona; and Huntsville, Alabama. The performance period is from Oct. 30, 2020, through Oct. 29, 2029. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

NAVY

DRS Laurel Technologies, Johnstown, Pennsylvania, was awarded a $51,000,000 firm-fixed-price modification to previously awarded contract N00024-22-C-5235 for Ship Self Defense System engineering support, other direct cost, and incidental materials requirements. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by April 2027. No funding will be obligated at time of award. Naval Sea Systems Command, Washington, D.C., is the contracting activity. This contract was awarded May 9, 2025. 

General Dynamics Information Technology Inc., Falls Church, Virginia, is being awarded a $49,121,479 modification to a previously awarded cost-plus-fixed-fee contract (N0003923C0002). This modification provides for the ongoing sustainment of the Navy Standard Integrated Personnel System while supporting the integration of pay capabilities into the Navy Personnel and Pay system. Work will be performed in New Orleans, Louisiana (60%); and Arlington, Virginia (40%). Work is expected to be completed in May 2026. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $1,187,825; and fiscal 2025 research, development, test and evaluation funds in the amount of $3,392,176, will be obligated at the time of award. This sole source contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) – Only One Responsible Source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Maytag Aircraft LLC, Colorado Springs, Colorado, has been awarded a maximum $42,245,712 firm‐fixed‐price contract for government-owned, contractor-operated alongside aircraft refueling services for Defense Fuel Support Point, Norfolk, Virginia. This is a four‐year base contract with one five‐year option period and one six-month option to extend. The performance completion date is June 30, 2029. Using military service is Navy. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-25-C-5006).

*Small business

5/13

NAVY

IAP World Services Inc., Cape Canaveral, Florida, is awarded a $58,152,355 indefinite-delivery/indefinite-quantity base operations support contract for services at Naval Support Activity Souda Bay, Crete, Greece. Work will be performed at Souda Bay, Greece, and will be completed by June 2034. The maximum dollar value, including the base period and eight option periods, is $58,152,355. Fiscal 2026 operation and maintenance (Navy) contract funds in the amount of $4,492,802 for recurring work will be obligated on individual task orders issued during the base period. No funds will be obligated at time of award. This contract was competitively procured via the System for Award Management (SAM) Contract Opportunities website with three offers received. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-25-D-9002).

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded a $47,000,000 modification (P00009) to a previously awarded cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N0001923D0015). This modification increases the contract ceiling for compatibility assessments and engineering models, cost reduction analysis, software support, correction of software deficiencies and enhancements, service life extension analysis, and flight test supporting follow-on test and evaluation activities in support of sustainment efforts for the H-53 helicopter for Foreign Military Sales customers. Work will be performed in Stratford, Connecticut (97%); and various locations within the continental U.S. (3%), and is expected to be completed in March 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Oceanetics Inc., Annapolis, Maryland (N66604-25-D-M501); and Seaward Services Inc., New Albany, Indiana (N66604-25-D-M502), are awarded a combined $26,055,782 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, multiple award contract for the procurement of operational support services and associated logistics for a variety of open ocean special projects where Naval Undersea Warfare Center resources are not available. This contract includes an ordering period of five years. Work will be performed worldwide and is expected to be completed in May 2030. Each awardee will be awarded an initial task order with service cost center funding in the amount of $1,000 immediately following basic contract award, none of which will expire at the end of the current fiscal year. This multiple award contract was competitively procured via the System for Award Management website with four offers received. Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity.

ARMY

Sandtable Inc.,* Marietta, Georgia, was awarded a $38,629,317 firm-fixed-price contract for artificial intelligence-empowered workflows for enhanced decision making. Work locations and funding will be determined with each order, with an estimated completion date of May 13, 2030. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-25-D-A004). 

Guinzy Construction Inc.,* Ashley, Illinois, was awarded a $24,000,000 firm-fixed-price contract for rehabilitation, repair, construction and maintenance functions at the Rend Lake Project. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of May 12, 2030. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-25-D-A009). 

Massman Construction Co., Overland Park, Kansas, was awarded a $14,607,000 firm-fixed-price contract to construct a downstream guide cell to support a new lock. Bids were solicited via the internet with five received. Work will be performed in Winfield, Missouri, with an estimated completion date of Oct. 10, 2026. Fiscal 2010 civil operation and maintenance funds in the amount of $14,607,000 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-25-C-0009). 

J&J Maintenance Inc., McLean, Virginia, was awarded an $8,184,337 modification (P00008) to contract W91278-24-C-0010 for incidental repair and minor construction. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of May 14, 2026. Fiscal 2025 Defense Health Program funds in the amount of $8,184,337 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. 

DEFENSE LOGISTICS AGENCY

Labatt Institutional Supply Co., doing business as Labatt Food Service, San Antonio, Texas, has been awarded a maximum $72,392,607 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food and beverage items. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 448-day bridge contract. Location of performance is New Mexico, with an Aug. 1, 2026, ordering period end date. Using customers are Army, Air Force, Marine Corps and National Guard. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-25-D-3017). (Awarded May 9, 2025)

Pacific Consolidated Industries LLC,* Riverside, California, has been awarded a maximum $7,790,579 firm-fixed-price, indefinite-quantity contract for reciprocating compressors. This was a competitive acquisition with two responses received. This is a three-year base contract with two one-year option periods. The performance completion date is May 18, 2028. Using military services are Army and Air Force. Type of appropriation is fiscal 2025 through 2028 working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-25-D-0032).

UPDATE: Atlantic Diving Supply Inc.,* doing business as ADS, Virginia Beach, Virginia (SPE1C1-25-D-0022, $800,000,000), has been added as an awardee to the multiple award contract for commercial shelters and related components, issued against solicitation SPE1C1-22-R-0069 and awarded July 17, 2023. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

CORRECTION: The contract announced on May 5, 2025, for Rosenbauer America LLC, Lyons, South Dakota (SPE8EC-25-D-0052), for $523,000,000 was announced with an incorrect award date. The correct award date is May 9, 2025.

*Small business

5/14

NAVY

General Dynamics, Bath Iron Works, Bath, Maine, is being awarded a $216,493,753 cost-plus-award-fee modification against a previously awarded contract (N00024-24-C-4212), DDG-51 Planning Yard Services. Work will be performed in Bath, Maine, and is expected to be completed by July 31, 2026. Fiscal 2025 other procurement (Navy) funds in the amount of $398,542 (<1%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.

Northrop Grumman Systems Corp., San Diego, California, is awarded a $60,249,668 modification (P00008) to a cost-plus-fixed-fee, firm-fixed-price order (N0001923F0041) against a previously issued basic ordering agreement (N0001920G0005). This modification is to procure the non-recurring engineering, material, tooling, and labor required to complete the Integrated Functional Capability 4 change requests and engineering change proposals in support of the MQ-4C Triton Unmanned Aircraft System air vehicle B11 for the Navy. Work will be performed in San Diego, California (34%); Palmdale, California (64%); and other various locations within and outside of the continental U.S. (2%), and is expected to be completed February 2029. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $60,249,668 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

SEACORP LLC,* Middletown, Rhode Island, is awarded a $29,504,050 cost-plus-fixed-fee and cost-only, indefinite-delivery/indefinite-quantity contract for continued Small Business Innovation Research (SBIR) Phase III development, upgrade, and adaptation of the Extensible Markup Language Test Data Analysis Tool. This contract includes an ordering period of five years. Work will be performed in Middletown, Rhode Island (52%); Newport, Rhode Island (47%); and Port Canaveral, Florida (1%), and is expected to be completed in May 2030. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $161,776 will be obligated on the first task order immediately following award of the basic contract and will not expire at the end of the current fiscal year. This contract is a SBIR Phase III sole source contract related to SBIR Topic N03-16, Intelligent Test Data Analysis Technology, and was not competitively procured on the SAM.gov website, in accordance with 10 U.S. Code 3204(a)(5), as implemented by Federal Acquisition Regulation 6.302-5, authorized or required by statute. Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity (N66604-25-D-G500).

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, was awarded a $22,220,190 firm-fixed-price contract for MK 41 Vertical Launching System MK 29 Mod 0 and Mod 1 canister production MK 41 VLS canister production requirements. This contract includes options which, if exercised, would bring the cumulative value of this contract to $317,211,632. This contract combines purchases for the U.S. (52%); and the government of Japan (48%), under the Foreign Military Sales (FMS) program. Work will be performed in Aberdeen, South Dakota (90%); and Minneapolis, Minnesota (10%), and is expected to be completed by July 2026. If all options are exercised, work will continue through July 2030. Fiscal 2024 defense-wide procurement funds in the amount of $11,554,499 (52%); and FMS (Japan) funds in the amount of $10,665,691 (48%), will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with three offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-C-5315). (Awarded April 29, 2025)

Boeing Co., Huntington Beach, California, is awarded a $20,346,231 cost-plus-fixed-fee modification to previously awarded contract (N00024-23-C-4103) to exercise Option Year 2 for continued AN/USQ-82(V) program design agent and technical engineering support. Work will be performed in Huntington Beach, California (72%); Bath, Maine (13%); Pascagoula, Mississippi (10%); Annapolis Junction, Maryland (3%); and Tukwila, Washington (2%), and is expected to be completed by May 2026. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $3,628,041 (18%); fiscal 2025 other procurement (Navy) funds in the amount of $2,999,888 (15%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $2,426,661 (12%); fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $1,864,784 (9%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $1,594,655 (8%); fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $1,582,229 (8%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $1,499,486 (8%); fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $1,459,193 (7%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $1,249,380 (6%); Foreign Military Sales (Various) funds in the amount of $870,623 (4%); fiscal 2024 other procurement (Navy) funds in the amount of $507,983 (3%); fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $193,983 (1%); and fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $10,000 (less than 1%), will be obligated at time of award and $1,798,639 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Atomics Aeronautical Systems Inc., Poway, California, is awarded a $10,376,474 modification (P00009) to a cost-plus-fixed-fee order (N0001924F0008) against a previously issued basic ordering agreement (N0001922G0006). This modification exercises an option to extend services to continue to provide engineering and logistics support services for the Marine Air-Ground Task Force Unmanned Aerial Systems (UAS) Expeditionary/Medium Altitude Long Endurance in support of capability development and sustainment of the United States Marine Corps MQ-9A UAS. Work will be performed in Poway, California (42%); Indo-Pacific Command Theater (20%); Yuma, Arizona (13%); Kaneohe Bay, Hawaii (10%), Patuxent River, Maryland (7%); Cherry Point, North Carolina (7%); and Mechanicsburg, Pennsylvania (1%), and is expected to be completed in August 2025. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $1,719,365; and fiscal 2025 operations and maintenance (Navy) funds in the amount of $3,000,000, and will be obligated at the time of award, $3,000,000 of which will expire at the end of the current fiscal year. This modification was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

Booz Allen Hamilton, McLean, Virginia, was awarded a $209,879,100 cost-plus-fixed-fee task order for Nimbus. This task order provides for technical engineering services to facilitate command and control, communications, computer and intelligence surveillance and reconnaissance, cybersecurity systems and missions by delivering information technology services to facilitate intelligence, surveillance, and reconnaissance assurance and fielding missions while architecting, engineering, developing, integrating, testing, transitioning and sustaining systems into operational environments. Work will be performed at McLean, Virginia, and is expected to be completed by May 14, 2028. This task order was a competitive acquisition and 3 offers were received. Fiscal 2025 research, development, test and evaluation funds in the amount of $19,531,776; fiscal 2025 operation and maintenance appropriations funds in the amount of $13,654,602; and fiscal 2025 aircraft and other appropriations funds in the amount of $2,209,710, are being obligated at time of award. The Air Force Research Laboratory/RIKE, Rome, New York, is the contracting activity (FA8750-25-F-B015).

ARMY

Solvus Global LLC,* Worcester, Massachusetts, was awarded a $90,000,000 firm-fixed-price contract to apply high-deposition rate additive manufacturing technology to a wide range of defense applications. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 13, 2030. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-25-D-A001).

Amentum Services Inc., Chantilly, Virginia, was awarded a $37,016,318 modification (P00053) to contract W9124G-17-C-0005 for initial entry rotary-wing flight training. Work will be performed at Fort Novosel, Alabama, with an estimated completion date of Jan. 9, 2027. Fiscal 2025 operation and maintenance, Army funds were obligated at the time of the award. Army Field Directorate Office, Fort Novosel, Alabama, is the contracting activity.

SGS LLC,* Yukon, Oklahoma, was awarded a $25,837,984 firm-fixed-price contract to construct a launcher-maintenance, missile-assembly support facility. Bids were solicited via the internet with four received. Work will be performed at White Sands Missile Range, New Mexico, with an estimated completion date of Feb. 28, 2028. Fiscal 2022 military construction, Army funds in the amount of $25,837,984 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-25-C-0003). 

Brymak & Associates Inc.,* Clarksville, Tennessee, was awarded a $19,601,556 firm-fixed-price contract for facilities investment services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2030. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-25-D-1000).

Boeing, Ridley Park, Pennsylvania, was awarded a $17,501,463 modification (P00007) to contract W58RGZ-23-F-0120 for aircraft supplemental items. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 9, 2027. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Systems Applications & Technologies Inc., Upper Marlboro, Maryland, was awarded a $16,768,949 modification (P00031) to contract W9124G-21-C-0004 to provide ranges and training areas. Work will be performed at Fort Novosel, Alabama, with an estimated completion date of June 15, 2026. Fiscal 2025 operation and maintenance, Army funds in the amount of $322,860 were obligated at the time of the award. Army Field Directorate Office, Fort Novosel, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Epic Foods LLC,* Columbia, South Carolina, has been awarded a maximum $25,585,000 fixed-price, indefinite-delivery/indefinite-quantity contract for pouched bacon. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is North Carolina, with a May 13, 2030, ordering period end date. Using military services are Army, Navy and Marine Corps. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-25-D-Z204).

Jo-Kell Inc. LLC,* Chesapeake, Virginia, has been awarded a maximum $24,463,614 firm-fixed-price, indefinite-quantity contract for Arleigh Burke destroyer class weapons systems circuit breakers. This was a competitive acquisition with two responses received. This is a three-year contract with no options. The performance completion date is May 13, 2028. Using military services are Army and Navy. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-25-D-0029).

Scott Technologies Inc., Monroe, North Carolina, has been awarded a maximum $16,799,125 firm-fixed-price contract for self-contained breathing apparatuses. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year contract with no option periods. The performance completion date is Sept. 4, 2025. Using military service is Navy. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E5-25-C-0006). 

Goodwill Services Inc.,** Richmond, Virginia, has been awarded a maximum $8,851,284 modification (P00009) exercising the first one-year option period of a one-year base contract (SP4703-24-C-0013) with four one-year option periods for base supply store support services. This is a firm-fixed-price contract. The performance completion date is June 30, 2026. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office Richmond, Virginia.

*Small business

5/15

NAVY

Raytheon Co., El Segundo, California, is awarded a $580,589,011 fixed-price incentive (firm-target) contract for the production and delivery of low rate initial production Lot V of the Next Generation Jammer Mid-Band ship sets, to include spares and data in support of ensuring that manufacturing technologies and processes are mature and will support full rate production decisions for the Navy and the Royal Australian Air Force (RAAF). Work will be performed in Forest, Mississippi (53%); McKinney, Texas (41%); El Segundo, California (labor surplus area) (5%); and Andover, Maine (1%), and is expected to be completed in November 2028. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $353,267,179; working capital (Navy) funds in the amount of $113,454,432; and RAAF cooperative funds in the amount of $113,867,400, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001925C0104).

Northrop Grumman Systems Corp., San Diego, California, is awarded a $188,584,592 modification (P00014) to a cost-plus fixed-fee contract (N0001924C0005). This modification exercises options to provide continued logistics and test support, and continued field service representatives technical support, as well as supports reach-back engineering support to ensure that the MQ-4C Triton air vehicle are mission-capable for Intelligence, Surveillance and Reconnaissance missions in support of the Navy and the Royal Australian Air Force (RAAF). Work will be performed in San Diego, California (38%); Patuxent River, Maryland (13.5%); Jacksonville, Florida (6.8%); Apra Harbor, Guam (6.7%); Sigonella, Sicily Italy (5.3%); Whidbey Island, Washington (3.8%); Baltimore, Maryland (3.4%); Chantilly, Virginia (3%); Mayport, Florida (2.2%); Katherine, Australia (2%); Sierra Vista, Arizona (1.6%); Adelaide, Australia (1%); various locations within the continental U.S. (CONUS) (4.2%); and various locations outside of the CONUS (8.5%), and is expected to be completed in May 2026. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $10,201,834; fiscal 2025 operations and maintenance (Navy) funds in the amount of $16,548,352; fiscal 2024 aircraft procurement (Navy) funds in the amount of $50,000; and RAAF Cooperative partner funds in the amount of $6,384,601, will be obligated at the time of award, $16,548,352 of which will expire at the end of the current fiscal year. This effort was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Thales Defense & Security Inc., Clarksburg, Maryland, is being awarded a $31,095,570 delivery order (N00383-25-F-ZK01), under previously awarded contract (N00383-22-G-ZK01), for the repair of eight ventilated mounting units, 95 standard equipped helmets, 45 large equipped helmets, 10 processor helmets, 343 Head-U display units, and 255 Head-U display units in support of the H-1 aircraft. All work will be performed in Valbonne, France, and work is expected to be completed by May 2026. Annual working capital funds (Navy) in the full amount of $31,095,570 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Rhoads Industries Inc., Philadelphia, Pennsylvania, is awarded a $20,109,026 cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract for labor, incidental material, installation, and technical support services to maintain the Naval Surface Warfare Center, Philadelphia Division compatibility test facility and other government sites located within the Philadelphia Naval Business Center. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by May 2030. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $308,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management (SAM) website, with one offer received. The Naval Surface Warfare Center Philadelphia, Pennsylvania, is the contracting activity (N64498-25-D-4008).

JJR Solutions LLC,* Dayton, Ohio, is being awarded $16,737,418 for a firm-fixed-price task order (N00189-25-F-R077) under a previously awarded basic ordering agreement (FA8003-22-G-0001) to provide program management and other necessary contractor services to enable sustainment, maintenance and enhancement of the Navy’s Naval Autonomous Data Collection System functional and technical capabilities in support of Naval Supply Systems Command. The contract will include a one-year base period with four, one-year option periods, which if exercised, will bring the total estimated value to $62,456,678. Work will be performed in Tysons, Virginia (50%); and Mechanicsburg, Pennsylvania (50%). Work is expected to be completed by May 2026; if all options are exercised, the ordering period will be completed by May 2030. Fiscal 2025 other procurement (Navy)(OPN) funds in the amount of $7,157,555; fiscal 2025 research, development, test and evaluation (RDT&E) (Navy) funds in the amount of $3,067,902; and fiscal 2025 operations and maintenance (Navy) (OM&N) funds in the amount of $2,016,939, for a total of $12,242,396, will be obligated at time of award. Fiscal 2025 OM&N funds will expire at the end of the current fiscal year; all other fiscal 2025 funds will not expire at the end of the current fiscal year. Subsequent task orders will be funded with appropriate OM&N, RDT&E (Navy), and OPN funds. The requirement was solicited for this sole-source procurement pursuant to the authority of 10 U.S. Code 3204(a)(5) as implemented by Federal Acquisition Regulation 6.302-5 and one offer was received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Regional Directorate, Mechanicsburg, Pennsylvania, is the contracting activity.

ARMY

Absher Construction Co., Puyallup, Washington (W9128A-25-D-0030); ContiFederal Services LLC Orlando, Florida (W9128A-25-D-0031); Environmental Chemical Corp., Burlingame, California (W9128A-25-D-0032); Hawaiian Dredging Construction Co. Inc., Honolulu, Hawaii (W9128A-25-D-0033); Hensel Phelps Construction Co., Honolulu, Hawaii (W9128A-25-D-0034); Kiewit Infrastructure West Co., Honolulu, Hawaii (W9128A-25-D-0035); Nan Inc., Honolulu, Hawaii (W9128A-25-D-0036); Nordic PCL Construction Inc., Honolulu, Hawaii (W9128A-25-D-0037); Stronghold Engineering Inc., Perris, California (W9128A-25-D-0038); The Haskell Co., Jacksonville, Florida (W9128A-25-D-0039); and The Whiting-Turner Contracting Co., Towson, Maryland (W9128A-25-D-0040), will compete for each order of the $495,000,000 contract for construction services for the state of Hawaii. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of May 14, 2030. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity.

Radise International L.C.,* Riviera Beach, Florida, was awarded a $45,000,000 firm-fixed-price contract for quality assurance services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of May 14, 2026. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-25-D-0010).

Kiewit Infrastructure South Co., Westlake, Texas, was awarded a $28,695,642 firm-fixed-price contract for demolition and construction of bridge systems. Bids were solicited via the internet with three received. Work will be performed in Gore, Oklahoma, with an estimated completion date of Feb. 20, 2026. Fiscal 2025 civil construction funds in the amount of $28,695,642 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-25-C-0012).

All Above Pavements Inc.,* Chatham, Illinois (W9128F-25-D-A002); Applied Pavement Technology Inc.,* Urbana, Illinois (W9128F-25-D-A003); Pavement Technical Solutions Inc.,* Broadlands, Virginia (W9128F-25-D-A004); RDM International Inc.,* Sterling, Virginia (W9128F-25-D-A005); and TR Consulting Services LLC,* Fort Collins, Colorado (W9128F-25-D-A006), will compete for each order of the $25,000,000 firm-fixed-price contract for architectural and engineering services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of May 14, 2030. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.  

Norfolk Dredging Co., Chesapeake, Virginia, was awarded an $18,645,765 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Wilmington, North Carolina, with an estimated completion date of April 30, 2026. Fiscal 2023 and 2024 civil operation and maintenance funds in the amount of $18,645,765 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-25-C-A005).

Alltech Engineering Corp.,* Mendota Heights, Minnesota, was awarded an $8,449,260 firm-fixed-price contract for tainter valve repairs. Bids were solicited via the internet with two received. Work will be performed in Inola, Porter, and Spiro, Oklahoma, with an estimated completion date of May 16, 2027. Fiscal 2025 civil operation and maintenance funds in the amount of $8,449,260 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-25-C-0011).   

*Small business

5/16

DEFENSE LOGISTICS AGENCY

Atlantic Diving Supply Inc., Virginia Beach, Virginia (SPRMM1-25-D-MC01); ASRC Federal Facilities Logistics LLC, Beltsville, Maryland (SPRMM1-25-D-MC02); Culmen International LLC, Alexandria, Virginia (SPRMM1-25-D-MC03); Fairwinds Technologies LLC, Aberdeen Proving Ground, Maryland (SPRMM1-25-D-MC04); S&K Aerospace LLC, St. Ignatius, Montana (SPRMM1-25-D-MC05) and SupplyCore LLC, Rockford, Illinois (SPRMM1-25-D-MC06), are sharing a maximum $5,000,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPRMM1-25-R-T001 for various integrated weapons systems equipment and services in support of Virginia-class submarines and active surface ships. This contract vehicle will expedite the procurement process for high-priority requirements, ensuring the timely delivery of essential resources to Virginia-class submarines and active Surface ships. This is a competitive acquisition with nine responses received. These are five-year base contracts with five one-year option periods. Locations of performance are inside and outside the continental U.S., with a March 30, 2029, performance completion date. Using customers are Navy, Defense Logistics Agency, Defense Department, and federal civilian agencies. Type of appropriation is fiscal 2025 through 2029 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania.

Labatt Institutional Supply Co., doing business as Labatt Food Service, San Antonio, Texas, has been awarded a maximum $99,840,443 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food and beverage items. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 378-day bridge contract. The ordering period end date is May 30, 2026. Using customers are Army, Air Force, Marine Corps, and National Guard. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-25-D-3009).

UPDATE: EMIT Corp.,* Houston, Texas (SPE2DH-25-D-0019, $10,000,000), has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-21-R0002 and awarded on Feb. 10, 2022. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania.

MISSILE DEFENSE AGENCY

Raytheon Technologies, Tucson, Arizona, is being awarded a noncompetitive firm-fixed-price contract. The total value of this contract is $1,000,000,000. Under this contract, the contractor will procure and deliver a quantity up to 55 SM-3 Block IB All-Up Rounds that are manufactured, assembled, and tested in accordance with the SM-3 Block IB specifications. The work will be performed in Tucson, Arizona and Huntsville, Alabama with an expected completion date of March 31, 2031. The period of performance is from May 16, 2025, through March 31, 2031. Fiscal 2024 procurement funds in the amount of $443,645,069; and fiscal 2025 procurement funds in the amount of $56,354,931, will be obligated at the time of the award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ085124C0001).

AIR FORCE

Southwest Research Institute, San Antonio, Texas, was awarded a $250,000,000 firm-fixed-price, firm-fixed-price level-of-effort, cost-reimbursement, indefinite-delivery/indefinite-quantity contract for Center for Aircraft Structural Life Extension research and development support. This contract provides for engineering and research activities related to the degradation of systems and materials due to operational use. Work will be performed at the U.S. Air Force Academy, Colorado and other locations throughout the U.S., and is expected to be completed by May 2032. This contract was a competitive acquisition and four offers were received. No funds will be obligated at the time of award, funds will be obligated on individual orders as they are issued. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-25-D-0016).

Lead Builders Inc., Newbury Park, California, was awarded a $22,464,081 firm-fixed-price contract action for Repair and Renovate Security Forces Dormitory B2425 at Edwards Air Force Base. This contract provides for all management, personnel, vehicles, supplies, equipment, etc. required for renovation of the existing Security Forces Dormitory Building 2425 and incidental work. Work will be performed at Edwards AFB, California, and is expected to be completed by Sept. 30, 2026. This contract was a competitive acquisition with nine solicitations mailed and two offers were received. Fiscal 2025 operations and maintenance appropriations funds in the amount of $22,464,081 are being obligated at the time of award. The Air Force Test Center Contracting Directorate, Edwards AFB, California, is the contracting activity. There is no known congressional interest pertaining to this acquisition (FA9301-25-F-0120).

Booz Allen Hamilton Inc., McLean, Virginia, was awarded a $20,595,168 firm-fixed-price, cost-plus-fixed-fee, and cost-reimbursable incentive contract for technical security team support services. This contract provides for program management, end use monitoring, technology security support, food services support, and facilities management support. Work will be performed in Pakistan and is expected to be completed by May 2026. This contract involves Foreign Military Sales (FMS) to Pakistan. This contract was a sole source acquisition under the authority of Unusual and Compelling Urgency. FMS funds in the amount of $20,595,168 are being obligated at the time of award. The Air Force Security and Assistance Directorate, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8630-25-C-B014).

LeoLabs Federal Inc., Chantilly, Virginia, was awarded a $14,086,053 firm-fixed-price contract for support to the advanced ultra-high frequency phased array radar. This contract provides for designing, building, and testing an operational ultra-high frequency 3-D pulse doppler direct radiating array radar to augment Space Force space domain awareness sensors. Work will be performed in Chantilly, Virginia, and is expected to be completed by May 22, 2029. This contract is a sole source acquisition. Fiscal 2024 research, development, test, and evaluation funds in the amount of $3,518,918; and fiscal 2025 research, development, test, and evaluation funds in the amount of $5,159,082, are being obligated at the time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado, is the contracting activity (FA8820-25-C-B004).

Mile 2 LLC, Dayton, Ohio, was awarded a $9,308,319 Small Business Innovation Research (SBIR) phase III cost-plus-fixed-fee contract for research and development under the Operationalizing Artificial Intelligence effort. This contract provides for researching, designing, developing, implementing, extending, and commercializing the work previously accomplished in the SBIR Phase II (AF222-0013). Work will be performed at Dayton, Ohio, and is expected to be completed by May 16, 2030. This contract was a sole source acquisition. Fiscal 2024 research, development, test and evaluation funds in the amount of $300,000; and fiscal 2025 research, development, test and evaluation funds in the amount of $995,000, are being obligated at the time of award. The Air Force Research Laboratory-Sensors Plans and Advanced Programs, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2377-25-C-B013).

NAVY

Merrick-RS&H JV LLP, Greenwood Village, Colorado, is awarded a $99,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineer design and related services. The work to be performed provides for professional engineering services for the preparation of design-bid-build documents and design-build request for proposals. Work will be performed at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Southeast area of operations. No funds will be obligated at time of award. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $1,000 will be obligated at the time of award to satisfy the minimum guarantee and will expire at the end of the current fiscal year. Additional funds will be obligated on individual task orders as they are issued. This contract was competitively procured via contract opportunities on Sam.gov, with 16 offers received. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity (N69450-25-D-0033).

General Dynamics, Bath Iron Works, Bath, Maine, is awarded a cost type modification to a previously awarded contract (N00024-23-C-2305) for shipyard infrastructure projects that will address critical infrastructure issues and enhance sailor and shipbuilder readiness. Award amount is source selection sensitive. Work will be performed in Bath, Maine, and is expected to be completed by January 2031. Fiscal 2024 shipbuilding and conversion (Navy) funds will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

ARMY

PingWind Inc,* Annandale, Virginia, was awarded a $16,322,159 fixed-price-level-of-effort contract for IT project management support. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of June 20, 2030. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W50NH9-25-F-0032).

*Small business

Author

  • Ashley Jones is ClearedJobs.Net's blog Editor and a cleared job search expert, dedicated to helping security-cleared job seekers and employers navigate job search and recruitment challenges. With in-depth experience assisting cleared job seekers and transitioning military personnel at in-person and virtual Cleared Job Fairs and military base hiring events, Ashley has a deep understanding of the unique needs of the cleared community. She is also the Editor of ClearedJobs.Net's job search podcast, Security Cleared Jobs: Who's Hiring & How.

    View all posts
This entry was posted on Wednesday, May 21, 2025 7:00 pm

Leave a Reply

Your email address will not be published. Required fields are marked *

Notify me of updates to this conversation